SOURCES SOUGHT
Y -- Whiteriver Dental Building
- Notice Date
- 2/11/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- 14-161-SOL-00006
- Point of Contact
- Robyn L. Red Tomahawk, Phone: 2147673492, Sharon L. Dehnert, Phone: 2147673492
- E-Mail Address
-
robyn.redtomahawk@ihs.gov, Sharon.Dehnert@ihs.gov
(robyn.redtomahawk@ihs.gov, Sharon.Dehnert@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of small business sources including: 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), and Veteran Owned Small Business. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The department of Health and Human Services/Indian Health Service anticipates a procurement for design-build construction services to include the preparation of issued for construction (IFCs) documents to construct a Specialty Services Clinic on the campus of the Whiteriver Hospital located on the Fort Apache Indian Reservation in Whiteriver, Arizona. The Specialty Services Clinic (SSC) will be a 22,000 square feet single story masonry building, slab on grade and elevated slabs, with steel roof structure. The first floor of the SSC will consist of a Dental Clinic with fifteen treatment rooms; an Optometry Clinic with four exam rooms and one procedure room; a satellite Pharmacy; as well as patient waiting areas and restrooms; clinic and support staff offices, break areas and restrooms. The ground floor will house the main Data Center/Server Room for the Whiteriver Hospital Information Technology Services and the electrical/mechanical room. Work includes all finishes and systems, as well as site demolition, utilities, grading and parking. The scope of services required encompasses site improvements, construction of the clinic building, and commissioning the facility, including LEED Silver certification of the facility through the United States Green Building Council. Work includes but not limited to the following: 1. Civil site work - all new utilities, site drainage, parking lot, ADA accessible pedestrian path, and grading. 2. Building structural, mechanical, electrical, plumbing, HVAC and lighting. 3. Computer/Internet and phone network. 4. Security and Access Control systems. 5. Medical air and gas systems. 6. Dental laboratory; panoramic x-ray room; clean room; dirty room. 7. Installation of new dental clinic equipment and miscellaneous casework and fixtures. 8. Comprehensive As-Builts. AutoCAD drawings will be provided to Contractor. The estimated design and construction cost of this project is between $5 million to $10 million dollar range. The North America Industry Classification System Code (NAICS) is 236220, which includes Commercial and Institutional Building Construction. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address. 2. Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (HUB-Zone) small business, services disabled veteran owned small business, or veteran owned small business. 3. Details of four (4) similar projects completed within the last six (6) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the four (4) similar projects. a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Dates of construction for the four (4) projects. c. All projects shall demonstrate the installation of mechanical, electrical, and/or plumbing systems effectively integrated into the historic fabric of the project in conjunction with the required preservation of interior finishes. d. Project references (including owner with telephone number and e-mail address). e. Project cost, term, and complexity of job. f. Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. Projects are considered "similar" to the anticipated procurement project when they meet the following characteristics: 1. Construction of the project was completed seven years prior to TODAY'S DATE. 2. The project was design-build; 3. The project's final construction cost (inclusive of modifications) was at least $7 million and the project was larger than 22,000 sq ft and no longer than 356 days total to complete. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Sharon L. Dehnert, Contract Officer, email: Sharon.Dehnert@ihs.gov. (Also send a courtesy copy to Robyn.RedTomahawk@ihs.gov.) AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/14-161-SOL-00006/listing.html)
- Place of Performance
- Address: Fort Apache Indian Reservation, HWY 73 (Mile Post 342), Whiteriver, Arizona, 85941, United States
- Zip Code: 85941
- Zip Code: 85941
- Record
- SN03286185-W 20140213/140211234545-ea3a362a8df49311dd80603f4e735ab8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |